WA NP OLYM 115(1), Repair Storm Damage on Mora Road
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Federal Highway Administration (FHWA), Western Federal Lands Division, has issued an Invitation for Bids (IFB) for the Repair Storm Damage on Mora Road project (WA NP OLYM 115(1)) in Olympic National Park, Clallam County, Washington. This Total Small Business Set-Aside opportunity involves significant construction to remediate erosion, stabilize Mora Road, and improve fish habitat along the Quillayute River. Bids are due by January 28, 2026.
Scope of Work
The project focuses on repairing storm damage along a 0.12-mile section of Mora Road, specifically at Mile Post 1.25. Key construction activities include:
- Bank Stabilization: Installation of large log structures (approx. 560 ft), deflectors, revetment structures, riprap (Class 5), log barriers, root wads, fish passage boulders, and untreated timber piles.
- Erosion & Sediment Control: Implementation of silt fences, fiber rolls, floating turbidity curtains, and stabilized construction exits.
- Environmental Protection: Adherence to a Water Quality Monitoring and Protection Plan (WQMPP) with strict in-water work windows (July 15 – February 15) and comprehensive stormwater management (SWPPP).
- Ancillary Works: Temporary access roads, plantings, and temporary traffic control measures. The project is located within Olympic National Park and adjacent to Quileute Tribal lands, requiring familiarity with Quileute Tribal Employment Rights Ordinance (TERO) requirements.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (IFB)
- Estimated Value: Between $2,000,000 and $5,000,000
- Period of Performance: Completion expected by October 29, 2026, with a Notice to Proceed anticipated by March 2, 2026.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Bid Due Date: January 28, 2026, 22:00 UTC (extended by Amendment A001)
- Published Date: January 21, 2026 (latest amendment)
Submission & Evaluation
This is an Invitation for Bids (IFB). Electronic bids will NOT be accepted. Bidders must submit a printed copy of their bid to the address listed on the SF 1442. A bid bond is required, and bids without a valid bond will be rejected. A completed 'Authority to Sign' document and online Representations and Certifications via SAM.gov are also mandatory. Evaluation will be based on price and other price-related factors.
Key Amendments & Clarifications
- Amendment A001 (Jan 6, 2026): Extended the bid opening date to January 28, 2026, updated the Minimum Wage Schedule, replaced the original Hydraulic Memorandum with "Mora Road - Hydraulic Memorandum A001", and revised several plan sheets.
- Amendment A002 (Jan 21, 2026): Revised the SF 1442, removed "Electronic Documentation" from Section IV, and added a new "Masterworks" subsection, significantly updating Special Contract Requirements related to documentation, reporting (CDRs), and scheduling.
- Q&A Documents: Clarified the availability of the Storm Water Pollution Prevention Plan (SWPPP) and provided guidance on accessing the Interested Vendors List (IVL) on SAM.gov. Contractors are responsible for sourcing materials for log barriers/root wads and obtaining necessary permits.
Technical Details
The project design, detailed in documents like the Hydraulic Memorandum A001 and Geotechnical Memorandum, utilizes natural restoration techniques with large wood structures. Engineering calculations for boulder/riprap sizing, scour mitigation, and large wood structure stability are provided. Critical survey control points and timber pile coordinates are available for precise site planning.